Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
SOURCES SOUGHT

65 -- Sexually Transmitted Disease Reagents, Consumables, Testing, Service and Maintenance

Notice Date
8/2/2018
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-18-T-M078
 
Archive Date
8/25/2018
 
Point of Contact
Joseph Mitchell Brown, Phone: 9157422934, Troy Davis, Phone: 719.526.6444
 
E-Mail Address
joseph.m.brown250.civ@mail.mil, troy.l.davis1.civ@mail.mil
(joseph.m.brown250.civ@mail.mil, troy.l.davis1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTIFICATION The US Army Medical Command, Regional Health Contracting Office-Central, Fort Carson Health Contracting Cell is issuing this sources sought for market research purposes only. Any responses to this notice will be used for planning purposes only. This is not a solicitation of offers, nor is it a notice to proceed. Evans Army Community Hospital (EACH) has a requirement for Sexually Transmitted Disease testing utilizing a multi-test single platform compatible with ThinPrep specimen collection. The required testing includes: a. Chlamydia trachomatis (CT) and Neisseria gonorrhea (NG) combination: 13,000 tests annually. b. Human Papilloma Virus (HPV): 7,000 tests annually. Contractor must be able to provide all reagents and consumables for a high throughput analyzer with an estimate of 20,000 samples per year. Contractor must be able to perform bi- annual calibrations and/or preventive measures at no cost to the government. Contractor must be available to perform emergencyservices within 24 hours of service call and be completed within 48 hours of arrival at no cost to the government. A. The contractor shall provide one (1) system to perform the following tests: - Chlamydia trachomatis - Neisseria gonorrhea - Human Papillomavirus B. The specifications for the Human Papillomavirus and Chlamydia trachomatis/Neisseria gonorrhea analyzer that we are requesting are as follows: - Must be capable of processing 250 samples in an 8 hour shift. - Must have FDA approved assays and reagents - System must be compatible with current Aptima urine collection kit and thin prep collection method. - Must be automated sample preparation, amplification and detection. - Must possess Liquid Level detection capability to confirm adequate sample and reagent levels. - Data Management system shall (must) have a user friendly "Windows Based" interface that shall include a data management system for operational control of the analyzer system, management of the QC program, on-instrument useful life of the reagents/reagent packs, and management of patient results. - Must be able to process Urine, Swab and Thin Prep specimens. - Must be capable of automatically sending patient results to a Laboratory Information System (LIS). - Must come equipped with an un-interruptible power supply capable of providing all necessary electrical power to the analyzer system, to include the data management system, for 15 to 20 minutes. - Complete system dimensions must be no greater than 50(W)x40(D)x70(H) in inches - Analyzer computer workstation dimensions must be no greater than 33x36 inches - Must give results no more than 3.5 hours from start of run - Waste must drain directly to removable collection containers THERE IS NO SOLICITATION AT THIS TIME. This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought and request for information does not commit the Government to contract for any supply or service whatsoever. The government is not at this time seeking proposals and will not accept unsolicited proposals. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Vendors that consider themselves capable of providing the required testing are invited to submit a capability statement for the Government to consider via email to the Point of Contact listed herein. The capability statement shall include the following: 1. Vendor name (to include CAGE code and DUNS number); Point of Contact (to include e-mail address and hone number); business size. 2. Documentation that demonstrates the capability of equipment to perform all tests listed above. This documentation shall include information such as, but not limited to: a. Food and Drug Administration approval; b. Platform physical characteristics (e.g., dimensions, sample/specimen handling capacity per hour, ThinPrep sample collection compatible); and, c. Timeline for installation of equipment upon receipt of an official award, including calibrations or verification process. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: August 10, 2018, 10:00 am Mountain Daylight Time. All responses to or questions concerning this Sources Sought Notice must be emailed to the Contract Specialist, Joseph (M) Mitchell Brown at joseph.m.brown250.civ@mail.mil. Interested sources are invited to submit a response to this Sources Sought Notice by August 10, 2018, 10:00 am Mountain Daylight Time. All responses to or questions concerning this Sources Sought Notice must be emailed to the Contract Specialist, Joseph (M) Mitchell Brown at joseph.m.brown250.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-18-T-M078/listing.html)
 
Place of Performance
Address: Evans Army Community Hospital, Fort Carson, Colorado, 89013, United States
Zip Code: 89013
 
Record
SN05017051-W 20180804/180802230942-230c98c1665777014d3ac24b1ec8684f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.